Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

H -- CES Fire Sprinkler & Alarm Testing

Notice Date
6/24/2022 10:13:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 107 NIAGARA FALLS NY 14304-6601 USA
 
ZIP Code
14304-6601
 
Solicitation Number
W50S8H22Q0001
 
Response Due
7/8/2022 8:00:00 AM
 
Archive Date
07/23/2022
 
Point of Contact
Philip J Rott, Phone: 7162362493, Rusty Renn, Phone: 716-236-2492
 
E-Mail Address
philip.rott@us.af.mil, rusty.renn@us.af.mil
(philip.rott@us.af.mil, rusty.renn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title:� CES Fire Sprinkler & Alarm Testing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. �This announcement is being issued as a request for quotation (RFQ), Project# RVKQ22-2402, and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06. �This combined synopsis/solicitation is set-aside 100% for Small Business concerns.� This is a full funded requirement.� PSC: H912 applies to this requirement.� North American Industrial Classification Standard 561621 applies to this solicitation; business size standard is $22 Mil. �The Contracting Officer reserves the right to award under a different NAICS if the company would still qualify as a small business under the solicited NAICS. Wage Determination:� The Service Contract Act Wage Determination Number 2015-4147 Revision 22 effective 26 May 2022 applies to this requirement.� A copy of it has been attached to this combo.� The latest wage determination shall apply to any resulting contract award. The following is needed: CLIN 0001 - QTY. 1 JOB � Project RVKQ22-2402 - Base Year Fire Alarm and Sprinkler Testing CLIN 1001 � QTY. 1 JOB � Project RVKQ22-2402 - Option Year 1 Fire Alarm and Sprinkler Testing CLIN 2001 � QTY. 1 JOB � Project RVKQ22-2402 - Option Year 2 Fire Alarm and Sprinkler Testing CLIN 3001 � QTY. 1 JOB � Project RVKQ22-2402 - Option Year 3 Fire Alarm and Sprinkler Testing CLIN 4001 � QTY. 1 JOB � Project RVKQ22-2402 - Option Year 4 Fire Alarm and Sprinkler Testing Place of Performance: Civil Engineering 2665 Johnson Street Niagara Falls, New York 14304 Base Year Period of Performance: 01 September 2022 to 31 August 2023. Quotes due Thursday, July 8th 2022 NLT 11:00am EST. Set-aside Status: Small Business Set-aside. ****Quotation instructions**** Response is encouraged to include past performance information: �other military, commercial, and civilian companies with whom you have done business. �Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. �If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 107th Contracting Office via email at: 107 Mission Support Contracting 9910 Blewett Avenue Niagara Falls, NY 14304 107.MSG.MSC@us.af.mil Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. �Please make quotes good for 30 days, if possible. �Emailed quotes are required. �Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible. �Submitter risks rejection if documents prove inhospitable to viewing and evaluation. �Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel� JAN 2011 52.204-10�Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-23 Prohibition on Contracting Hardware, Software, and Services developed or provided by Kaspersky lab and other covered entities JUL 2018 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.211-6, Brand Name or Equal AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2017 52.212-5 Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System�Commercial Items (Deviation 2018-O0021) (SEP 2018) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns MAR 2020 52.219-28 Post-Award Small Business Program Representation NOV 2020 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers With Disabilities JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.243-1 Alt II Changes-Fixed-Price APR 1984 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-6 Authorized Deviations in Clauses NOV 2020 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2019 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7048 Export-Controlled Items (JUNE 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea FEB 2019 PROVISIONS & CLAUSES INCORPORATED BY FULL TEXT 52.211-16 Variation in Quantity APR 1984 �(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 5 Percent increase 5 Percent decrease This increase or decrease shall apply to the total contract quantity. (End of clause) 52.212-2 Evaluation�Commercial Products and Commercial Services NOV 2021 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ����������� i.) Price ����������� ii.) Conformance to the solicitation ����������� iii.) What best meets the needs of the Government ���� Conformance to the solicitation and what best meets the needs of the Government are, when combined, are approximately equal, when compared to price. ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.217-8 Option to Extend Services NOV 1999 The Government�may�require continued performance of any services within the limits and at the rates specified in the contract. These rates�may�be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The�option�provision�may�be exercised more than once, but the total extension of performance hereunder�shall�not exceed 6 months. The�Contracting Officer�may�exercise the�option�by written notice to the Contractor within�30 days of the contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract MAR 2000 ����� �(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. ����� (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. ����� (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only.� It is not a wage determination. Employee Class�� �Monetary Wage-Fringe Benefits Electronics Technician (Fire Alarm Systems) � GS-0856-09 @ $27.35 Per Hour Electronics Technician (Fire Alarm Systems) � GS-0856-11 @ $33.09 Per Hour (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5aef9a649a0a4b288e342f1837952d8e/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN06368388-F 20220626/220624230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.